Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 14, 2018 FBO #5896
DOCUMENT

Y -- CONSTRUCTION: Multi-Purpose Building Renovation, FAA, MMAC, Oklahoma City, OK - Attachment

Notice Date
1/12/2018
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, aaq-811 AC - Mike Monroney Aeronautical Center (Oklahoma City, OK)
 
Solicitation Number
6973GH-18-R-00009
 
Response Due
2/9/2018
 
Archive Date
2/9/2018
 
Point of Contact
connie houpt, connie.m.houpt@faa.gov, Phone: 405-954-7820
 
E-Mail Address
Click here to email connie houpt
(connie.m.houpt@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS ANNOUNCEMENT BEST VIEWED/DOWNLOADED FROM FAA CONTRACT OPPORTUNITIES WEB SITE, HTTPS://FAACO.FAA.GOV, KEYWORD: 18-R-00009. 20180112: ORIGINAL ATTACHMENT 2-DRAWINGS DOCUMENTS HAVE BEEN DELETED AND REPLACED WITH 3-VOLUME 1, 3-VOLUME 2 AND 2-VOLUME 3 ATTACHMENTS. THIS SHOULD ALLOW FOR PRINTING OF FULL SIZE DRAWINGS. The Federal Aviation Administration (FAA) has a requirement for the renovation of Multipurpose Building (MPB-24) at the Mike Monroney Aeronautical Center (MMAC), Oklahoma City, OK. All work shall be accomplished in accordance to the project specifications and drawings. This project will be completed in two phases. Phase one will consist of renovation of partially occupied basement including: a.Demolition of existing interior walls, stairwells, elevator shafts, HVAC equipment and ductwork, below grade and interior plumbing lines and waste lines, sewage ejectors and vents, ceiling and wall finishes, electrical and telephone/communications/data lines, conduit, cabling and equipment; b.Removal of existing floor slab and installation of new structural cross-bracing and associated foundations; c.New interior finishes, access flooring, lighting, HVAC system including ductwork for the renovated basement area, new electrical system including power, lighting, communications and security system. Phase two will consist of the renovation of the partially occupied first, second, and third floors including: d.Demolition of existing interior walls, stairwells, elevator shafts, HVAC equipment and ductwork, below grade and interior plumbing lines and waste lines, sewage ejectors and vents, ceiling and wall finishes, electrical and telephone/communications/data lines, conduit, cabling and equipment; e.Removal of the existing exterior façade of the building and replacement with new exterior wall systems; f.Construction of seismic bracing; g.Modification of the existing building expansion joints; h.Addition of new structural concrete slab at the perimeter of the elevated floor plates, and the installation of cold-formed steel stub infill to support the new exterior façade; i.Replacement of the roof; j.New interior finishes, access flooring, lighting, HVAC system including ductwork for the renovated basement area, new electrical system including power, lighting, communications and security system. k.Work will be accomplished in compliance with applicable building, electrical, fire and life safety, plumbing, and accessibility codes and meet the High Performance Sustainable Building requirements of applicable Executive Orders. The estimated price range for this project is $45,000,000-$50,000,000. This requirement is being solicited utilizing full-and-open competition. Performance and payment bonds will be required in a penal sum equal to 100% of the contract price. The proposal guarantee amount should be at least 20 percent of the proposal price and should not exceed $3 million. The NAICS code applicable to this requirement is 236220 Commercial and Institutional Building Construction. The business size standard for this NAICS is $36.5 million. It is anticipated that a firm-fixed-price type construction contract will be awarded as a result of this solicitation. Your attention is directed to Sections L and M of SIR/RFO 6973GH-18-R-00009 for instructions for preparation and submission of proposals. The SIR includes an evaluation of past performance. Offerors are required to provide Past Performance Surveys to customers/clients who are familiar with the work demonstrated through previous or ongoing contracts of a similar nature. Only renovation projects within the last five (5) years will be considered. The Past Performance Surveys will be returned directly to the Contracting Officer. Offerors and their mechanical and electrical subcontractors will each submit up to three (3) Past Performance Surveys. [Provision L.3(f)(1).] Offerors, as well as proposed Mechanical and Electrical subcontractors, will complete Pages 1 and 2 of the Past Performance Surveys and then provide the surveys to their customers, who will in turn complete and return the surveys directly to the Contracting Officer by the due date specified on the surveys. Offerors shall give customers/clients sufficient time, recommended seven (7) days, to respond to surveys and submit to Contracting Officer prior to due date. Surveys received after the established due date may not be evaluated. Note: It is the responsibility of the Offeror to follow-up to make certain the surveys have been returned to the Contracting Officer by the due date. A pre-proposal conference/site visit will be held on January 16, 2018 at 2:30 p.m. CT in the Multi-Purpose Building (Building No. 24), conference room 205/206 at the MMAC, Oklahoma City, OK. All prospective attendees should contact Connie Houpt, Contracting Officer, 405/954-7820, connie.m.houpt@faa.gov, prior to 10:00 a.m. January 12, 2018. Attendees should enter the Aeronautical Center's main west entrance gate on South Regina Avenue and proceed to the Security Command Center just inside this entrance. Guards at the Security Command Center will direct attendees to the Multi-Purpose Building. Service trucks will need to enter through the Commercial Entrance on SW 74th Street. ALL QUESTIONS REGARDING THE PROJECT/SPECIFICATIONS/PLANS MUST BE RECEIVED IN WRITING (CONNIE.M.HOUPT@FAA.GOV) NO LATER THAN 10:00 A.M. CT ON JANUARY 26, 2018, TO ALLOW FOR RESPONSES TO BE PROVIDED PRIOR TO DUE DATE FOR RECEIPT OF PROPOSALS. ATTACHMENT 1-SPECIFICATIONS IS LOADED AS 2 SEPARATE VOLUMES, WHILE ATTACHMENT 2-DRAWINGS IS FOUND IN 8 SEPARATE DOCUMENTS BELOW TO OVERCOME SYSTEM SIZE RESTRICTIONS. Contractors must be registered with the System for Award Management, www.sam.gov on the date established for receipt of offers (July 19, 2017). Reference AMS Clause 3.3.1-33, paragraph (d), if the offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered Offeror. Proposals must be received electronically by the FAA Contracting Officer, connie.m.houpt@faagov, no later than 2:00 p.m. CT, February 9, 2018. A copy of the Proposal Guarantee will be provided electronically with the proposal. In accordance with Section I, Clause 3.4.1-1 Proposal Guarantee, an original, signed Proposal Guarantee shall be submitted by the due date and time for receipt of proposals to the following address: FAA Customer Service Desk (AAQ-700) Room 313, Multi-Purpose Building 6500 South MacArthur Boulevard (Zip 73169) P.O. Box 25082 Oklahoma City, OK 73125-4933 Proposal Guarantees must be labeled as follows: SIR/RFO No. 6973GH-18-R-00009; due 2:00 p.m. CT, February 9, 2018. All submittals will need to allow sufficient time to process through security procedures in place at the Aeronautical Center. Any responses received after 2:00 p.m. CT, February 9, 2018, may not be considered in accordance with AMS provision 3.2.2.3-14, Late Submissions, Modifications, and Withdrawals of Submittals, incorporated by reference in the solicitation. If all requested information is not furnished, the vendor's response may be determined ineligible. As the FAA does not utilize sealed bidding contracting techniques, a public bid opening will not be held. Potential offerors should note that the FAA reserves the right to communicate with one or more offerors at any time during the SIR process. This SIR/RFO is not to be construed as a contract or a commitment of any kind. The Government shall not be liable for payment of any costs attributed to the preparation and submission of proposals. Inquiries regarding this SIR/RFO should be directed to the Contracting Officer, Connie Houpt, connie.m.houpt@faa.gov. If you're viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/29014 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/MMACTR/6973GH-18-R-00009/listing.html)
 
Document(s)
Attachment
 
File Name: ATTACHMENT 5-SF25 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/85490)
Link: https://faaco.faa.gov/index.cfm/attachment/download/85490

 
File Name: ATTACHMENT 9-OCAT 00310 ANTI/NON-COLLUSION AFFIDAVIT (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/85508)
Link: https://faaco.faa.gov/index.cfm/attachment/download/85508

 
File Name: ATTACHMENT 3-CHAPTER 33 CONSTRUCTION SAFETY (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/85509)
Link: https://faaco.faa.gov/index.cfm/attachment/download/85509

 
File Name: ATTACHMENT 2-DRAWINGS VOLUME 1 STRUCTURAL (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/85513)
Link: https://faaco.faa.gov/index.cfm/attachment/download/85513

 
File Name: ATTACHMENT 2-DRAWINGS VOLUME 1 ARCHITECTURAL (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/85511)
Link: https://faaco.faa.gov/index.cfm/attachment/download/85511

 
File Name: ATTACHMENT 2-DRAWINGS VOLUME 1 CIVIL (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/85512)
Link: https://faaco.faa.gov/index.cfm/attachment/download/85512

 
File Name: ATTACHMENT 2-DRAWINGS VOLUME 3 TELECOM AND SECURITY (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/85534)
Link: https://faaco.faa.gov/index.cfm/attachment/download/85534

 
File Name: ATTACHMENT 1-SPECIFICATIONS VOLUME 2 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/85498)
Link: https://faaco.faa.gov/index.cfm/attachment/download/85498

 
File Name: ATTACHMENT 12-CLIENT AUTHORIZATION LETTER (docx) (https://faaco.faa.gov/index.cfm/attachment/download/85499)
Link: https://faaco.faa.gov/index.cfm/attachment/download/85499

 
File Name: ATTACHMENT 10-OCAT 00320 BUSINESS RELATIONSHIP AFFIDAVIT (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/85510)
Link: https://faaco.faa.gov/index.cfm/attachment/download/85510

 
File Name: SIR 6973GH-18-R-00009 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/85497)
Link: https://faaco.faa.gov/index.cfm/attachment/download/85497

 
File Name: ATTACHMENT 8-OPERATIONAL CONTROL DOCUMENTS (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/85494)
Link: https://faaco.faa.gov/index.cfm/attachment/download/85494

 
File Name: ATTACHMENT 4-WAGE DETERMINATION OK49 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/85495)
Link: https://faaco.faa.gov/index.cfm/attachment/download/85495

 
File Name: ATTACHMENT 11-PAST PERFORMANCE SURVEY (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/85493)
Link: https://faaco.faa.gov/index.cfm/attachment/download/85493

 
File Name: ATTACHMENT 7-CONTRACTOR'S RELEASE (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/85506)
Link: https://faaco.faa.gov/index.cfm/attachment/download/85506

 
File Name: ATTACHMENT 6-SF25A (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/85504)
Link: https://faaco.faa.gov/index.cfm/attachment/download/85504

 
File Name: ATTACHMENT 2-DRAWINGS VOLUME 2 PLUMBING (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/85526)
Link: https://faaco.faa.gov/index.cfm/attachment/download/85526

 
File Name: ATTACHMENT 2-DRAWINGS VOLUME 3 ELECTRICAL (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/85527)
Link: https://faaco.faa.gov/index.cfm/attachment/download/85527

 
File Name: ATTACHMENT 2-DRAWINGS VOLUME 2 MECHANICAL (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/85524)
Link: https://faaco.faa.gov/index.cfm/attachment/download/85524

 
File Name: ATTACHMENT 1-SPECIFICATIONS VOLUME 1 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/85501)
Link: https://faaco.faa.gov/index.cfm/attachment/download/85501

 
File Name: ATTACHMENT 2-DRAWINGS VOLUME 2 INTERIORS AND FIRE PROTECTION (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/85523)
Link: https://faaco.faa.gov/index.cfm/attachment/download/85523

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04789363-W 20180114/180112231132-4d806d9ff5c99899b1327107963b8c38 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.